Contract

Courier and Specialist Movements

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F20: Modification notice

Notice identifier: 2025/S 000-001629

Procurement identifier (OCID): ocds-h6vhtk-028ec6

Published 17 January 2025, 10:37am



Section one: Contracting authority/entity

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Courier and Specialist Movements

Reference number

RM6171

two.1.2) Main CPV code

  • 64120000 - Courier services

two.1.3) Type of contract

Services

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement at the time of conclusion of the contract:

Crown Commercial Service (CCS) as the authority has put in place a Pan Government Collaborative agreement for the provision of Courier and Specialist Movements to be utilised by central government departments and all other UK public sector bodies, including local authorities, health, police, fire and rescue, education, devolved administrations and charities. This commercial agreement will be the recommended vehicle for all courier and specialist movements required by UK public sector bodies, which include central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, health, police, fire and rescue, education, charities and devolved administrations

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

10 August 2021

End date

10 February 2026

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2021/S 000-022469


Section five. Award of contract/concession

Contract No

RM6171

Lot No

All lots

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

10 August 2021

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

See Contracts Finder Notice for full supplier list

9th Floor, The Capital Building, Old Hall Street

Liverpool

L3 9PP

Telephone

+44 3454102222

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £2,000,000,000


Section six. Complementary information

six.3) Additional information

The value provided in Section V.2.4 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/5ada1977-4c24-4b8f-9e0c-090f59b2c707

1) Redacted Commercial Agreement;

2) Full List of Successful Suppliers;

3) Customer list

4) Contract Notice Transparency Information

On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Some purchases under this framework Agreement may have requirements that can be met under this

Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as

defined in Attachment 1 – About the framework within the invitation to tender documentation). In such

cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement

Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off

Contracts to reflect that buyer’s specific needs.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 64120000 - Courier services

seven.1.3) Place of performance

NUTS code
  • UK - United Kingdom

seven.1.4) Description of the procurement:

Crown Commercial Service (CCS) as the authority has put in place a Pan Government Collaborative agreement for the provision of Courier and Specialist Movements to be utilised by central government departments and all other UK public sector bodies, including local authorities, health, police, fire and rescue, education, devolved administrations and charities. This commercial agreement will be the recommended vehicle for all courier and specialist movements required by UK public sector bodies, which include central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, health, police, fire and rescue, education, charities and devolved administrations.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

10 August 2021

End date

10 February 2026

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£2,000,000,000

seven.1.7) Name and address of the contractor/concessionaire

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital Building, Old Hall Street

Liverpool

L3 9PP

Telephone

+44 3454102222

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

This extension is part of the work that has been done to review the pipeline in light of the delay to the new procurement regulations to February 2024. The end date of this framework is confirmed as being 10/02/2026

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

In accordance with Regulation 72 paragraph 1 (e ) of the Public Contract Regulations 2015,

CCS intends to modify the Courier and Specialist Movements Framework Agreement (RM6171) by extending the term by 6 months.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £2,000,000,000

Total contract value after the modifications

Value excluding VAT: £2,000,000,000